Mandatory Dental Services (MDS) on the Isle of Wight, Bognor and Littlehampton - MDS 6B1

A Contract Award Notice
by NHS HAMPSHIRE AND ISLE OF WIGHT INTEGRATED CARE BOARD (ICB) ON BEHALF OF NHS ENGLAND

Source
Find a Tender
Type
Contract (Services)
Duration
9 year (est.)
Value
£7M
Sector
HEALTH
Published
24 Feb 2026
Delivery
To 26 Apr 2035 (est.)
Deadline
n/a

Related Terms

Location

Eastleigh

Geochart for 3 buyers and 4 suppliers

3 buyers

2 suppliers

Description

NHS Hampshire and Isle of Wight (HIOW) Integrated Care Board (ICB) and NHS Sussex ICB sought providers who have the capability and capacity to deliver to commission Mandatory Dental Services (MDS) on the Isle of Wight, in Bognor and Littlehampton. The procurement was divided into Lots and providers could bid for one or more Lots from the following: Lot 6B1-1: Isle of Wight Lot 6B1-2: Bognor Lot 6B1-3: Littlehampton A maximum of one contract was awardable in each Lot, except in the case of Lot 6B1-1, where a maximum of 2 contracts were awardable. The aims for MDS provision are to: • contribute to improving oral and general health; • reduce inequalities in health and access to dental care by providing extra support to groups of vulnerable adults and children. This includes, but is not limited to, children under 5 years old, residents of care homes, other vulnerable groups and patients weighing up to 227kg (35 stones and 10.45 lbs); • provide access to NHS dental services to ensure equity and consistency of provision; • provide bookable appointments outside of core hours; • deliver appropriate, efficient and cost-effective services within the service; • provision framework of the NHS (General Dental Services/Personal Dental Services) Regulations 2005 and any subsequent revisions; • provide high quality dental services; • provide access within contracted hours to un-associated patients identified as having an urgent dental need via NHS 111, NHS Dental Helpline, out of hours services and self-referral; • refer patients to other NHS services as appropriate in line with the relevant local protocols and guidance; • establish a positive working relationship between the Commissioner and Provider to facilitate and maximise high quality service delivery; • prioritise Looked after Children (LAC); • develop services in line with the evolving strategic approach to primary care dental provision and align with the priorities of the NHS Long Term Plan - www.longtermplan.nhs.uk; • promote overall health in line with Making Every Contact Count; • keep availability of appointments up to date on nhs.uk ; • comply with recall intervals, in line with NICE Guidelines (CG19). The contracts will be for a term of up to 110 months. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published. The maximum total contract values were as follows: MDS 6B1-1: £7,075,104 MDS 6B1-1a: £7,075,104 MDS 6B1-2: £6,743,789 MDS 6B1-3: £6,743,789 The Commissioner will be contracting for the services using the Standard clauses for a Personal Dental Services agreement. This notice serves as an intention to award contracts under the competitive process of the Provider Selection Regime (PSR). This procurement was carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioner.

Lot Division

1 Isle of Wight

Lot MDS 6B1-1 covers Isle of Wight. The maximum total contract value is £7,075,104. The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published. … This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

2 Isle of Wight

Lot MDS 6B1-1 covers Isle of Wight. The maximum total contract value is £7,075,104. The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published. … This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

3 Bognor

Lot MDS 6B1-2 covers Bognor. The maximum total contract value is £6,743,789. The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published. … This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

4 Littlehampton

Lot MDS 6B1-3 covers Littlehampton. The maximum total contract value is £6,743,789. The contract will be for the delivery of 21,000 Units of Dental Activity (UDAs) per annum. Services were due to commence from between 28th January 2026 and 29th July 2026, depending upon the mobilisation period required by Bidders to commence service following award. The date will be subject to agreement with the commissioner, further to changes to the indicative tender timetable published. … This procurement has been carried out by NHS South, Central and West Commissioning Support Unit (SCW) on behalf of the Commissioners.

Award Detail

1 Dentalwell (Stevenage)
  • Num offers: 8
  • Value: £6,813,063
  • Contractor is an SME.
2 1Osd (London)
  • Num offers: 8
  • Value: £6,690,495
  • Contractor is an SME.
3 1Osd (London)
  • Num offers: 3
  • Value: £6,377,191
  • Contractor is an SME.
4 1Osd (London)
  • Num offers: 4
  • Value: £6,377,191
  • Contractor is an SME.

Award Criteria

Quality 90.0
Finance 10.0

CPV Codes

  • 85130000 - Dental practice and related services

Indicators

  • Award on basis of price and quality.

Other Information

The decision to award this contract in line with the Competitive Process was based on evaluation against the basic selection criteria, which was assessed on a pass/fail basis, and the PSR 5 key criteria, which were assessed on a 0-4 scale, with the below weightings. Several tender questions were asked under each of the key criteria. Quality & Innovation - 35% Value - 10% Integration, Collaboration and Service Sustainability - 17% Improving access, reducing health inequalities, and facilitating choice - 28% Social Value - 10% The providers selected for award have been chosen as they passed the basic selection criteria and were the highest scoring bidder overall, against the key criteria. Recommendations for award of contract made by NHS Hampshire and Isle of Wight Integrated Care Board Pharmacy, Optometry and Dentistry (POD) were approved by the NHS Hampshire and Isle of Wight ICB Procurement Group and NHS Hampshire and Isle of Wight ICB Exec Committee. Recommendations for award of contract made by NHS Sussex Integrated Care Board were approved by the NHS Sussex ICB Primary Care Commissioning and Transformation (PCCAT) Commissioning Group. After conducting a thorough Competitive Process, taking into account the key criteria and applying the basic selection criteria, NHS Hampshire and Isle of Wight ICB and NHS Sussex ICB are content that the providers' bids sufficiently met the key criteria and thus can proceed to contract award under the Health Care Services (Provider Selection Regime) Regulations 2023. Three declarations of potential conflict of interest were made via the conflict of interest process and recorded accordingly. The non-conflicted members of the procurement have assessed the nature and risk of each declared conflict, and decided which steps to take to avoid or mitigate them. These conflicts were deemed as not being likely to arise and managed accordingly, with appropriate mitigating action planned if required. This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by Midnight on 9th March 2026. This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR. Written representations should be sent to scwcsu.procurement@nhs.net

Reference

  • FTS 016685-2026

Domains